SOLICITATION NOTICE
63 -- View Station Replacement and Network Switches
- Notice Date
- 4/17/2025 6:20:36 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25925Q0313
- Response Due
- 4/30/2025 12:00:00 PM
- Archive Date
- 05/30/2025
- Point of Contact
- Charles Olise, Contract Specialist, Phone: 801-582-1565 x 3902
- E-Mail Address
-
charles.olise@va.gov
(charles.olise@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 9 of 9 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 3 Page 1 of 2 Combined Synopsis/Solicitation for View Stations, Network Switches and Software for Security This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. Solicitation number 36C25925Q0313 is issued as a request for quotes (RFQ). The government anticipates awarding a Purchase Order contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. This acquisition is a Total Set-Aside for Small Business (SB) concerns. The North American Industry Classification System (NAICS) code is 561621 Security Systems Services (Except Locksmiths) with a small business size of $29M. The Product Code is 6350 Misc Alarm, Signal;, and Security Detection Systems. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov to be considered for award. Department of Veterans Affairs, Network Contracting Office (NCO) 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Sheridan VA Medical Center. The Contractor shall submit prices for: (2) view stations, (3) 24-port switch. This equipment will be installed at Sheridan VAHCS and must be compatible and operate from Sheridan VAHCS Gallagher system. The Milestone camera system will be intergraded into the Gallagher Command Center in future upgrades. The vendor will update all Milestone software to the most current available from the manufacture. If at anytime during the life of this contract that new software is available, the vendor will update the Sheridan VAHCS Milestone software to the most current. The vendor will supply a one-year maintenance and support option for the system equipment. During this time frame the vendor will update the system, provide programming support both on-site and by phone as needed, and replace defective hardware. Sheridan VAHCS requires a three-hour onsite timeframe due to expeditious speed in which this security system requires immediate attention. The estimated delivery date for this requirement is 60 Days After Receipt of Order (ARO). Description and Pricing Schedule: All interested Small Businesses shall provide quotations on the Pricing Schedule below, IAW the Salient Characteristics. All prices shall include delivery Free-On-Board (FOB) Destination to the following location: VA Sheridan Health Care Sheridan VA Medical Center 1898 Fort Road Sheridan, WY 82801-8320 Brand Name or Equivalent: Item Number Description Quantity Unit of Measure Unit Price Extended Price 0001 BCDSF01-ELWS-I5-T10 View Station 02 EA 0002 BCD-WA-1TB-35SHD 02 EA 0003 BCD-WA-MDP-HDMI 04 EA 0004 Axis T8524 PoE+ 24 Port Switch 03 EA 0005 SPO-8315 PoE+ Injectors 03 EA 0006 Installation 01 JB Total Price: $_______________ Salient Characteristics: Vendor shall comply with all the following: Warranty: Software support and warranty information for all components, including Service Level Agreement details, and duration of agreement from date of system acceptance by owner (Sheridan VAHCS). Removal of current hardware. The vendor will execute the termination and disposal of unwanted hardware and/or wiring. The vendor will perform on-site training of the system. Supply all battery powered tools and/or hand tools, ladders, and subsequent equipment for installation. Supply all personnel protection equipment, steel toed boots, gloves, eye protection, appropriate weather clothing, safety equipment, and safety certifications. Be required to meet a three-hour response time to Sheridan VAHCS to make any necessary repairs and/or replacements to Gallagher/Milestone systems. Provide qualified, certified & experienced technicians for installation, service, and maintenance. Technicians shall hold current certifications with Gallagher Security and Milestone. Must adhere to all Sheridan VAHCS safety requirements and ensure continuous communication and deconfliction with Sheridan VAHCS Safety Officer. Safety and material selection submittals shall be complete prior to the commencement of onsite construction work. Provide live and full scope guidance, knowledge, training, and training aids to Sheridan VAHCS appointed personnel. Return all left-over (unused) product and materials to the Sheridan VAHCS. Installation shall include power, data and any other types of connections required to ensure operability of Milestone at Sheridan VAHCS. All wire connections shall be run in the method appropriate for the cable type (conduit, cable tray, etc.) per code. The vendor shall install expansion hardware and software as required to ensure future upgrades will be able to integrate Gallagher and Milestone software. Vendor shall ensure thorough testing that all new hardware and associated software function as intended. Vendor shall abide by all rules and regulations of Sheridan VAHCS. (Smoking, weapons, parking, etc.). Submit one (1) printed and one (1) electronic copy of project binder in final form. This copy shall contain as a minimum: Table of Contents for each element Vendor information - names phone numbers, and email for sales, technical support, and consumables reordering Lists of spare parts and replacement components recommended to be stored at the site for ready access Datasheets for all equipment Operation and maintenance manuals for all equipment Operation and maintenance procedures not covered in manufacture s manuals All systems and components shall have been thoroughly tested and proven in actual use. The vendor shall work closely with the Sheridan VAHCS Contracting Officer Representative (COR), Facility Management Service, and Office of Information Technology Service on all work that will cause network and/or other system outages. The vendor shall follow outage notification timelines as outlined in the specifications. To the extent possible, the vendor shall tailor work schedules such that outages occur outside of normal VA work hours (0730-1600). Specified hardware/software (Sheridan VAHCS) includes: View Station Scope Overview: 2 - BCDSF01-ELWS-I5-T10 View Station 2 - BCD-WA-1TB-35SHD 4 - BCD-WA-MDP-HDMI Installation Switch Scope Overview: 3 - Axis T8524 PoE+ 24 Port Switch Installation PoE+ Injector Scope Overview: 3 SPO-8315 PoE+ Injectors Installation FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: 1) Offerors shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered. 2) Offerors shall acknowledge all amendments to the solicitation as part of their quote. 3) Offerors shall complete the Price Schedule in section VI. 4) Offerors shall provide item technical specifications (not to exceed six pages). 5) Completed FAR 52.225-2 Buy American Certificate Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) Technical (2) Price (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements identified in the Salient Characteristics. (2) Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum. (End of Addendum to 52.212-2) FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2023) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.201-1 Acquisition 360: Voluntary Survey (SEPT 2023) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees of Whistleblower Rights (NOV 2023) FAR 52.204-3 Taxpayer Identification FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-12 Unique Entity Identifier Maintenance (OCT 2016) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.225-1 Buy American-Supplies 52.225-2 Buy American Certificate FAR 52.226-7 Drug-Free Workplace FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-2 Service of Protest (SEPT 2006) Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.209-70 Organizational Conflicts of Interest (Oct 2020) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (Nov 2018) VAAR 852.212-71 Gray Market and Counterfeit Items (Feb 2023) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (Oct 2018) VAAR 852.273-70 Late Offers (Nov 2021) (End of Addendum to 52.212-4) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (DEC 2023) (DEVIATION JAN 2024) apples to this requirement. The additional clauses below are incorporated by reference. FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. FAR 52.204-25� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021). FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021). FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.222-3, Convict Labor (JUN 2003). FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222-26, Equal Opportunity (SEP 2016). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) . FAR 52.222-50, Combating Trafficking in Persons (NOV 2021). FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021). FAR 52.226-7 Drug-Free Workplace (May 2024). FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (End of Addendum to 52.212-5) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. FAR 52.225-2 Buy American Certificate This is not a Defense Priorities and Allocations System (DPAS) rated requitement. Offers are due April 30th, 2025, by 13:00 p.m., local Mountain Time. All questions/inquiries must be submitted to the Contract Specialist via electronic email no later than April 24th, 2025, by 12:00 p.m., local Mountain Time. Submit offers or questions to the attention of the Contract Specialist, Charles Olise via email at: Charles.Olise@va.gov. Inquiries submitted via telephone will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7b3512f420544c5abb16a726ea3e597/view)
- Place of Performance
- Address: VA Sheridan Health Care Sheridan VA Medical Center 1898 Fort Road Sheridan, WY 82801-8320
- Record
- SN07413311-F 20250419/250417230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |